AWARD
17 -- Mobile Aircraft Arresting System (MAAS)
- Notice Date
- 9/23/2025 9:58:44 AM
- Notice Type
- Award Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8534 AFLCMC WNKAC ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8534-25-D-0014
- Archive Date
- 10/07/2025
- Point of Contact
- Kimberly Mercer, Dylan Huckeba
- E-Mail Address
-
kimberly.mercer.1@us.af.mil, dylan.huckeba@us.af.mil
(kimberly.mercer.1@us.af.mil, dylan.huckeba@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Award Number
- FA853425D0014
- Award Date
- 09/22/2025
- Awardee
- HYDRAULICS INTERNATIONAL, INC. Chatsworth CA 91311 USA
- Award Amount
- 245948631.00
- Description
- The Support Equipment and Vehicles Division at Robins AFB, GA (AFLCMC/WNZ) had a requirement for an 8-year, firm-fixed price (FFP)/fixed price with economic price adjustment (FPEPA), requirements-type contract for the Mobile Aircraft Arresting System (MAAS). The period of performance for this effort will be eight (8) years, consisting of a 2-year Basic and six (6) twelve (12) month annual options. It was determined that this requirement involved items that have a Critical Safety item and/or Critical Item Application and therefore required sources be pre-qualified in order to propose. To be considered a qualified source, vendors were required to acquire a Source Approval Request (SAR). The MAAS (NSN: 1710-01-549-9539) is a unique, military deployable asset developed as an expeditionary aircraft recovery system, which can be quickly set up and used to recover tactical aircraft at damaged runways or at installations where primary arresting systems are not in operation. The MAAS consists of two identical mobile units. Each unit houses one Barrier Arresting Kit (BAK)-12 rotary friction energy absorber. The mobile units (i.e. trailers) contain all the basic components of a fixed base arresting system and all the tools and hardware necessary for installation and removal. These units are capable of being transported over land, by sea and through the air. This acquisition was a competitive, total small business set-aside utilizing trade-off source selection procedures in accordance with FAR 15.101-2 and 15.3 as supplemented by the DoD Source Selection Procedures (Aug 2022) referenced in DFARS 215.300 and the DAFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a best value award decision. Tradeoffs may have been made between past performance and cost/price, with past performance being considered significantly more important than cost/price. The place of performance for this contract will be at Hydraulics International Inc., Chatsworth, CA.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/aa9c936a8f984c5ebb592fec3e875f66/view)
- Place of Performance
- Address: Chatsworth, CA 91311, USA
- Zip Code: 91311
- Country: USA
- Zip Code: 91311
- Record
- SN07600439-F 20250925/250923230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |